NPS Beach Channel Drive Bulkhead
ID: W912DS26RA005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, New York District, is seeking proposals for the Jacob Riis Park Bulkhead Repair project in Queens, New York. This Design-Build RFP outlines general requirements for the bulkhead replacement, repaving, and repair of storm drain pipes, with an estimated project cost between $25 million and $100 million. Key aspects include a 1600-calendar-day completion timeframe, strict work restrictions, detailed administrative requirements, and comprehensive project scheduling. Contractors must provide qualified personnel, adhere to safety regulations, maintain specific insurance coverage, and utilize Primavera P6 for schedule management. The RFP emphasizes partnering between the contractor and government, detailed reporting, and compliance with all federal and state regulations.
    The U.S. Army Corps of Engineers Philadelphia District Dive Team conducted a visual and tactile underwater inspection of the bulkhead at Jacob Riis National Park from February 27 to March 2, 2023. This inspection, requested by the National Park Service, aimed to assess the bulkhead's condition for a preliminary rehabilitation design and cost estimate. The bulkhead, a steel sheet pile wall with tie rods, walers, timber piles, and a concrete cap, received an overall "Poor" rating, with some areas in "Serious" condition. Key deficiencies include voids and degraded concrete, holes in the sheet pile, exposed rebar, and loose tie rods no longer effectively retaining the steel sheeting. Numerous sinkholes on the landside of the concrete cap also pose safety hazards. The report emphasizes that localized areas of advanced deterioration significantly reduce the structural capacity, necessitating urgent repairs.
    This document outlines Phase One of a Two-Phase design-build selection procedure for government construction contracts, adhering to Federal Acquisition Regulation (FAR) 36.3. It details the submission requirements and evaluation factors for interested firms, focusing on specialized experience and past performance. Offerors must provide specific project examples for both construction and design experience, meeting criteria for scope, complexity, and magnitude. Submissions must include forms for proposal data, relevant experience, and past performance questionnaires. Joint ventures have additional documentation requirements. The government will short-list a maximum of five offerors for Phase Two, where FAR Part 15 will apply. Key evaluation factors are Relevant Specialized Experience and Past Performance, both weighted equally. Proposals are rated as Outstanding, Good, Acceptable, Marginal, or Unacceptable, with an Unacceptable rating leading to disqualification. The document also defines terms like Deficiency, Weakness, and Strength, and specifies submission logistics, including email submission and deadlines.
    This document outlines the Phase Two procedures for a two-phase design-build solicitation, in accordance with FAR 36.3. Only the top five Most Highly Qualified firms from Phase One are invited to submit proposals. The Government will award a firm fixed-price contract to the Offeror providing the Best Value Trade-Off, considering both Phase One and Phase Two evaluations. Non-price Factors 1-5 combined are approximately equal to price in importance. Factor 2 (Past Performance) is the most important non-price factor, followed by Factors 1, 3, and 4 (equal importance), with Factor 5 (Small Business Participation Plan) being the least important. Proposals will be evaluated on technical approach, concept design, contract duration, phasing, summary schedule, and small business participation. Price will be evaluated for fairness and reasonableness. The Government reserves the right to accept other than the lowest-priced offer and will not award to proposals with deficiencies.
    This government solicitation, W912DS26RA005, issued by the U.S. Army Corps of Engineers, New York District, is a Request for Proposal (RFP) for Design-Build Construction Services for the National Park Service (NPS) Beach Channel Bulkhead at Jacob Riis Park, Queens, New York. The project, valued between $25 million and $100 million, is a competitive two-phase design-build best value tradeoff acquisition with a HUBZone price preference. Proposals are due by December 1, 2025, at 2:00 PM EST and must be submitted electronically to Monica Coniglio and Nicholas Emanuel. A Project Labor Agreement is required from the successful offeror before contract award. The solicitation emphasizes the contractor's responsibility for design quality, adherence to contract requirements, and liability for design errors. Key evaluation factors include past performance, which is the most important non-price factor.
    Amendment 0002 for solicitation W912DS26RA005, for Design-Build Construction Services at Jacob Riis Park, Queens, New York, extends the electronic proposal submission due date to December 16, 2025, at 2:00 PM. It provides updated attachments, including revised evaluation factors and RFP documents. This amendment also clarifies that Amendment 0001 was not issued and that Amendment 0002 is the first. It incorporates FAR clause 52.222-33 Alt 1 regarding Project Labor Agreements by full text. Key clarifications include confirmation that an offer guarantee is required with the Phase Two submission, and no resumes or hard copies of Phase One proposals are needed. Relevant specialized experience must be within eight years of the solicitation date, and digital submissions are required. Joint Venture/Teaming Agreements should be in Volume I, Tab C, and a proposal cover sheet is mandatory.
    This government solicitation outlines a two-phase design-build selection procedure for a firm-fixed-price contract, in accordance with Federal Acquisition Regulation (FAR) 36.3. Phase One requires interested firms (Offerors) to submit performance capability proposals, which will be evaluated based on specialized experience and past performance. No more than five Offerors will be short-listed for Phase Two. Key submission requirements for Phase One include forms for proposal data, relevant specialized experience, and past performance questionnaires. Proposals must adhere to strict formatting, page limits, and submission deadlines. Joint ventures have specific documentation requirements. The government reserves the right to engage with Offerors during Phase One to clarify submissions and will not cover proposal costs. This process aims to identify highly qualified firms to compete for the design-build contract.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project, which aims to enhance coastal resilience in Montauk, New York. This two-phase design-build solicitation requires offerors to demonstrate relevant specialized past experience and past performance in their proposals, with a focus on qualifications in residential structure elevation and design-build projects. The selected contractor will be responsible for developing a technical approach that streamlines construction and effectively manages resources, with detailed project timelines and risk mitigation strategies. Interested parties should contact Michael McCue at michael.l.mccue@usace.army.mil for further information, and must adhere to strict submission guidelines for their proposals, which will be evaluated based on the outlined criteria.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is set to issue an Invitation for Bids for the Bar Harbor Breakwater Repair Project in Bar Harbor, Maine. This project involves the repair of two significant portions and several minor areas of a historic rubble mound breakwater structure, which has sustained damage from storms since its construction between 1889 and 1916. The estimated construction cost ranges from $10 million to $25 million, with a projected period of performance of 14 months, beginning in the spring of 2026. Interested contractors can reach out to Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, with solicitation documents expected to be available around October 2025.
    Mordecai Island Ecosystem Restoration, Breakwater Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Philadelphia District, is seeking qualified marine construction industry contractors for the Mordecai Island Ecosystem Restoration project, specifically for the construction of a 3,000 linear foot rubble mound breakwater. The primary objective of this procurement is to mitigate erosion along the northwest side of Mordecai Island, which involves in-water construction techniques and adherence to environmental standards. This opportunity is critical for maintaining the integrity of the island's ecosystem and navigation channels in Barnegat Bay, New Jersey. Interested contractors are invited to attend an Industry Day on November 18, 2025, and must submit their qualifications by December 5, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, with an estimated project value between $1 million and $5 million.
    Sources Sought - Fire Island Inlet to Montauk Point (FIMP) 7a
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking qualified small businesses for the Fire Island Inlet to Montauk Point (FIMP) Contract 7a, a nonstructural home elevation project in Suffolk County, New York. The objective is to elevate 10 to 15 homes to the Design Flood Elevation to mitigate flood risk, with an estimated construction cost ranging from $2 million to $45 million, encompassing initial screening, design, construction, and post-construction activities while adhering to various building codes and addressing site-specific challenges. Interested contractors, particularly those certified as 8(a), HUBZone, or Service-Disabled Veteran-Owned Small Businesses, must submit a confidential survey detailing their qualifications and approach by November 24, 2025, to inform future acquisition strategies. For further inquiries, contact Michael McCue at michael.l.mccue@usace.army.mil.
    MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for major maintenance and repair of the waterfront at Station New York, Staten Island, under Solicitation No. 70Z0G126BSNY00130. The project involves the replacement and repair of floating docks, dock guide piles, breakwater piles, and various seawall repairs, with a total estimated value between $5 million and $10 million. This work is critical for maintaining the operational readiness and safety of the Coast Guard facility, and it includes specific requirements for using Bellingham Marine Precast Concrete Floating Docks to ensure compatibility. Interested small businesses must submit their bids by December 11, 2025, at 2:00 PM, and can direct inquiries to Contract Specialist Nadine Provost at Nadine.M.Provost@uscg.mil or 206-820-5607.
    North Jetty Repairs, Indian River Inlet
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is soliciting proposals for a Firm Fixed-Price construction contract for the North Jetty Repairs Project at Indian River Inlet in Sussex County, Delaware. The project involves repairing the degraded north rubblemound jetty, which includes work on both subaerial and submerged sections, as well as constructing a new seaward terminus using large rock and marine mattresses in a challenging inlet environment. The estimated construction cost ranges from $25 million to $100 million, with a performance period of 730 calendar days from the Notice to Proceed. Interested contractors must register for a pre-proposal site visit scheduled for November 12, 2025, and are required to be registered in the System for Award Management (SAM) database to submit proposals. For further inquiries, contact Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil or Brandon Mormello at Brandon.R.Mormello@usace.army.mil.
    Exchanges with Industry Before Receipt of Proposals - Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking industry feedback for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project, specifically Contract 6b. This design-build contract aims to elevate up to 67 nonstructural homes to their Design Flood Elevation, encompassing design completion, construction, and permit acquisition, with an estimated project value between $25 million and $100 million. The initiative is crucial for enhancing flood resilience in Suffolk County, NY, and the feedback gathered will inform future procurement methodologies, as no awards will be made from the responses. Interested parties can reach out to Michael McCue at michael.l.mccue@usace.army.mil for further information.
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction initiative, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with inquiries directed to Ireishal Adams at Ireishal.C.Adams@usace.army.mil or William Wallace at William.J.Wallace@usace.army.mil.
    Sources Sought PLA Fire Island Inlet to Montauk Point (FIMP) 7a
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a market survey for the Fire Island Inlet to Montauk Point (FIMP) Contract 7a, which focuses on nonstructural elevation measures in Suffolk County, New York. This project aims to elevate, acquire, and floodproof over 4,000 structures within the 10-year floodplain in the Towns of Babylon and Brookhaven, involving tasks such as utility disconnection, excavation, and reconnection. The government is particularly interested in gathering public comments on the use of Project Labor Agreements (PLAs) to assess their potential impact on various factors including economy, efficiency, and small-business utilization, as part of its acquisition strategy. Interested parties can reach out to Michael McCue at michael.l.mccue@usace.army.mil for further information regarding this opportunity.
    JHK Erosion Control
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.